Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2007 FBO #2033
SOLICITATION NOTICE

R -- Legal Services to Assist the Office of the Chief Administrative Law Judge to Achieve Maximum Effectiveness and/or Economy In Its Operations (Senior Attorney-Advisor)

Notice Date
6/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
541110 — Offices of Lawyers
 
Contracting Office
Occupational Safety & Health Review Commission, Office of Administration, Contract and Procurement, 1120 20th Street, NW Room 907, Washington, DC, 20036-3457, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
OSH-RFP-07-0002
 
Response Due
6/27/2007
 
Archive Date
7/12/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items (services) prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number. OSH-RFP-07-0002. This solicitation is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect Federal Acquisition Circular 2005-15 (Dec. 12, 2006), 71 FR 74656. (iv) The requirement is a Total Small Business Set-Aside. The NAICS code is 541100 Offices of Lawyers. (v) A list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable). CLIN Item(s) Quantity Unit of Measure CLIN 0001 Legal services 1,300 base Hour(s) (vi) Description of requirements for the items to be acquired. You are invited to submit a technical/cost proposal to the U.S. Occupational Safety and Health Review Commission (OSHRC) for legal services to support the Office of the Chief Administrative Law Judge (CALJ) for one base year and three one-year options as described in this RFP and the attached Statement of Work (SOW). Services procured under this solicitation include, but are not limited to, conducting legal research, analyzing cases to define legal and factual issues, drafting orders, tracking settled cases for receipt of settlement agreement and disposition of issues, and assisting the Administrative Law Judges in a variety of activities that will improve the effectiveness and efficiency of the office. Offerors are required to provide labor rates for this effort to be utilized in a labor hour contract. PAST PERFORMANCE. Offerors shall provide the names of at least three (3) references that may be contacted by this office for information regarding work performed on projects similar in nature to the requirement. The Government reserves the right to assess other past performance data. Your technical/cost proposal (original and three (3) photocopies) must be received by the Office of Administration, U.S. Occupational Safety and Health Review Commission, 1120 20th Street, NW, Washington, DC 20036 NOT LATER THAN 5:30 pm EDT on June 27, 2007. SUBMISSION OF QUESTIONS CONCERNING THIS RFP and STATEMENT OF WORK: The cutoff date for receipt of all questions regarding this RFP or the attached SOW shall be submitted via e-mail NOT LATER THAN 2:00 pm EDT on June 22, 2007 to aroach@oshrc.gov. Each technical/cost proposal must include a cover letter that is signed by the offeror or an official authorized to bind the offeror, and it shall contain a statement to the effect that the proposal is firm for a period of at least thirty (30) days from the date of receipt by the Government. The RFP does not commit the Government to pay any costs incurred in the submission of your proposals or to contract for the services requested herein. Please note that the Contracting Officer is the only individual who can commit the Government to the expenditure of public funds in connection with this procurement. Requests for any information concerning this RFP and the SOW should be directed by email or telephone to Angela Roach, Contracting Officer, during the RFP process and before award, at 202.606.5391 or aroach@oshrc.gov. (vii) Date(s) of delivery is thirty (30) days ARO. Place of delivery: U.S. Occupational Safety and Health Review Commission, 1120 20th Street, NW, Washington, DC 20036. The place of delivery, acceptance and FOB point is DESTINATION. (viii) The provision at FAR 52.212-1, Instructions to Offerors ? Commercial (SEP 2006), applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation ? Commercial Items (JAN 1999), applies to this acquisition. 52.212-2 Evaluation ? Commercial Item. (a) The Government reserves the right to make one or multiple awards resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government, cost and other factors considered. The following factors shall be used to evaluate offers: (i) technical expertise of the offeror to meet the Government requirement; (ii) past performance; (iii) cost. Evaluation factors are listed in order of importance. Technical expertise and past performance, when combined, are significantly more important than cost. (b) Options. The Government will evaluate offers for award purposes by adding the total cost for all options to the total cost for the basic requirement. The Government may determine that an offer is unacceptable if the option costs are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) All offerors are required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items (NOV 2006), with its offer. (xi) The clause at FAR 52.212-4, Alternate I, Contract Terms and Conditions ? Commercial Items (FEB 2007), applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (NOV 2006), applies to this acquisition. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protests after Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). 52.232-33, Payment by Electronic Funds Transfer X Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). (c) The Contracting Officer has determined that the additional clauses identified as optional in this paragraph do not apply to this acquisition. (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records ? Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause ? (i) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52,219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (viii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (xiii) The following FAR clauses, which are incorporated into this contract by reference, also apply to this acquisition: 52.217-5, Evaluation of Options (JUL 1990). 52.217-8, Option to Extend Services (NOV 1999). 52.217-9, Option to Extend the Term of the Contract (MAR 2000). (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation/contract. (xv) One (1) numbered note is included in this solicitation. (xvi) Offers must be received by the U.S. Occupational Safety and Health Review Commission, 1120 20th Street, NW, Washington, DC 20036 NLT 5:30 pm EDT on June 27, 2007. (xvii) Please contact Angela Roach, Contracting Officer, at 202.606.5391 or aroach@oshrc.gov for information regarding this solicitation. (18) Place of Contract Performance. U. S. Occupational Safety and Health Review Commission, 1120 20th Street, NW, Washington, DC 20036. (19) Set-aside status. Pursuant to FAR subpart 19.505-2 this procurement is a total small business set-aside. Numbered notes: 1. This proposed contract is a 100% set aside for small business concerns. Please contact Angela Roach, Contracting Officer, at aroach@oshrc.gov or 202.606.5391 for a complete copy of the Statement of Work (SOW).
 
Place of Performance
Address: Occupational Safety and Health Review Commission, 1120 20th Street, NW, Washington, DC
Zip Code: 20036
Country: UNITED STATES
 
Record
SN01322842-W 20070621/070619224111 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.